Survey Tenders
Survey Tenders
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents
Details: Presolicitation Notice/advertisement Gsa Public Buildings Service u.s. Government general Services Administration (gsa) Seeks To Lease The Following Space: state:california city:sonora delineated Area:north: Morning Star Dr South: Mono Way East: Greenly Rd. West: Barretta St. To Cemetery Ln. To Morning Star Dr. minimum Sq. Ft. (aboa):6,615 maximum Sq. Ft. (aboa):6,615 space Type:office parking Spaces (total):2 parking Spaces (surface):2 parking Spaces (structured):0 parking Spaces (reserved):2 full Term:10 Years firm Term:5 Years option Term:n/a additional Requirements: space Shall Be Located Not More Than The Equivalent Of Two City Blocks From A Primary Or Secondary Street. the Space Must Have An Efficient Use Of Space; Configuration (space Should Be No More Than Twice As Long As It Is Wide), Size, Number, And Placement Of Columns (columns Must Be At Least 20’ From Any Interior Wall And From Each Other, And Be No More Than 2’ Square). first Floor Or Upper Floor Contiguous Space (on One Floor) With A Minimum Of Two One Accessible Elevator. One Accessible Elevator May Serve As The Freight Elevator. where On-site Parking Is Not Available, Parking For The Disabled Must Be Located Within The Same Block. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance/0.2-percent-annual Chance Floodplain (formerly Referred To As “100-year”/“500-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. the U.s. Government Currently Occupies Office And Related Space In A Building Under A Lease In Sonora, Ca, That Will Be Expiring. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space That Potentially Can Satisfy The Government’s Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, And Non-productive Agency Downtime. expressions Of Interest Due:february 3, 2025 market Survey (estimated):february 18, 2025 If Required occupancy (estimated):february 8, 2026 send Expressions Of Interest To: name/title:william Fletcher,lease Contracting Officer email Address:william.fletcher@gsa.gov government Contact Information lease Contracting Officer: William Fletcher leasing Specialist: N/a broker: N/a
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Closing Date5 Feb 2025
Tender AmountRefer Documents
Details: Presolicitation Notice/advertisement Gsa Public Buildings Service u.s. Government general Services Administration (gsa) Seeks To Lease The Following Space: state:ky city:louisville delineated Area: north:ohio River east: I 265 south: Taylorsville Rd west: 9th St minimum Sq. Ft. (aboa):15,623 maximum Sq. Ft. (aboa):15,623 space Type:office parking Spaces (total):42 parking Spaces (surface): 42 (8 Secured Spaces) parking Spaces (structured): 0 parking Spaces (reserved):0 full Term:15 Years firm Term:10 Years option Term:n/a additional Requirements: the Building Should Be Located In An Area Of The City With A Low Threat Level. egress To/from The Building Should Not Be Restricted During Times Of Local Or National Emergency Due To Isolation Caused By Natural Or Manmade Obstacles Such As Bridges, Tunnels, Etc. if Ground Floor Space Is Offered, The Space Must Meet The Government Security Requirements. space Shall Not Be Located In Close Proximity To Foreign Government Offices. space Must Be Located In Contiguous Space On One Or More Floors. offered Space Shall Not Be Located In Window Space That Is Adjacent To Outside Fire Escapes, Ledges, Balconies, Public Parking, Mezzanines, Or Directly Above The Loading Dock Area. access To Both The Freight Elevator And Loading Dock Must Be Made Available To Government Personnel. building Setback Distance From Public Street, Unrestricted Parking Areas And Railroad Tracks Will Be Evaluated By The Government. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As 100-year Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. the U.s. Government Currently Occupies Office And Related Space In A Building Under A Lease In Louisville, Ky, That Will Be Expiring. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space That Potentially Can Satisfy The Government’s Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, And Non-productive Agency Downtime. market Survey (estimated): Tbd occupancy (estimated):tbd send Expressions Of Interest To: name/title: raquel Howard | Gsa Broker Contractor email Address:raquel.howard@gsa.gov government Contact Information lease Contracting Officer:shontise Mangham
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents
Details: Presolicitation Notice/advertisement Gsa Public Buildings Service u.s. Government general Services Administration (gsa) Seeks To Lease The Following Space: state: Ok
city: Oklahoma City delineated Area: North: Nw 63rd Street To North Martin Luther King
avenue To East Wilshire Blvd. To North Bryant Avenue
to East Britton Road
east: North Coltrane Road To East Wilshire Blvd. To
north Coltrane Road To Ne 63rd Street To North Martin
luther King Avenue To Ne 50th Street To North Kelley
avenue
south: Ne 30th Street
west: Venice Blvd To Nw 36th Street To North Linn
avenue To Nw 41st Street To North Chicago Street To
nw 42nd Street To North Linn Avenue To Nw 58th
street To Villa Avenue minimum Sq. Ft. (aboa): 4,200
maximum Sq. Ft. (aboa): 4,619
space Type: Office
parking Spaces (total): 2
parking Spaces (surface): 0
parking Spaces (structured): 2
parking Spaces (reserved): 2
full Term: 120
firm Term: 60
option Term: N/a
additional Requirements: N/a
offered Space Must Meet Government Requirements For Fire Safety, Accessibility,
seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced
lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance
floodplain (formerly Referred To As “100-year” Floodplain).
entities Are Advised To Familiarize Themselves With The Telecommunications
prohibitions Outlined Under Section 889 Of The Fy19 National Defense
authorization Act (ndaa), As Implemented By The Federal Acquisition
regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-
case-2019-009/889_part_b. 10/2023
the U.s. Government Currently Occupies Office And Related Space In A Building
under A Lease In Oklahoma City, Ok, That Will Be Expiring. The Government Is
considering Alternative Space If Economically Advantageous. In Making This
determination, The Government Will Consider, Among Other Things, The Availability
of Alternative Space That Potentially Can Satisfy The Government’s Requirements,
as Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move
costs, Replication Of Tenant Improvements And Telecommunication Infrastructure,
and Non-productive Agency Downtime. expressions Of Interest Due: 18 February 2025
market Survey (estimated): 21 April 2025
occupancy (estimated): 3 November 2026 send Expressions Of Interest To: name/title: Stephen Love email Address: Stephen.love@gsa.gov government Contact Information
lease Contracting Officer Thomas Sisson
leasing Specialist Stephen Love
broker N/a
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Closing Date11 Jan 2025
Tender AmountRefer Documents
Details: State: Washington
city: Tacoma
delineated Area: Central Business Area Of Tacoma, Wa :north: Division Ave, 4th Stadium Way; East: C Street, I-705; South: I-5; West: Cushman Ave, 13th St., L St. 25th St., J St., 27th St.., Yakima Ave *da Attached*
minimum Sq. Ft. (aboa): 4,105 Sf maximum Sq. Ft. (aboa): 5,555 Sf
space Type: Office
parking Spaces (total): 15 Secured, Reserved
full Term: 216 Months
firm Term: 108 Months
additional Requirements: The Agency Cannot Be Located On The First Floor. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance/0.2-percent-annual Chance Floodplain (formerly Referred To As “100-year”/“500-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. expressions Of Interest Must Include The Following Information:
• Address And Location Of The Building Or Site Being Offered
• Ansi/boma Office Area-(aboa) Square Feet To Be Offered
• Date Of Space Availability
• Building Or Site Ownership Information
• Amount Of Parking Available interested Respondents May Include Owners And Representatives With The Exclusive Right To Represent Owners.
representatives Of Owners Must Include The Exclusivity Agreement, Representation Letter, Listing Contract Or Other
executed Agreement Granting The Exclusive Right To Represent The Owner With Their Response To This Advertisement.
please Reference The Solicitation/project #: 3wa0528 In The Subject Line Of All Email Correspondence Related To This
project. the U.s. Government Currently Occupies Office And Related Space In A Building Under A Lease In Tacoma, Wa, That Will Be Expiring. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space That Potentially Can Satisfy The Government’s Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, And Non-productive Agency Downtime. expressions Of Interest Due: Friday, January 24, 2025
market Survey (estimated): Tbd
occupancy (estimated): June 27, 2026
send Expressions Of Interest To:
name/title: Amy Hascall, Leasing Specialist
email Address: Amy.hascall@gsa.gov
government Contact Information
lease Contracting Officer: Samantha Barr
leasing Specialist: Amy Hascall
INDIAN HEALTH SERVICE USA Tender
Others
United States
Closing Date11 Jan 2025
Tender AmountRefer Documents
Details: This Sources Sought Notice Is For Informational Purposes Only And Shall Not Be Construed As A Solicitation, Obligation, Or Commitment By The Albuquerque Area Indian Health Service (ihs). This Notice Is Intended Strictly As A Request For Information To Determine If An “indian Small Business Economic Enterprise (isbee) Set-aside (specific To Department Of Interior And Indian Health Service) Or A “total Small Business Set-aside” Can Fulfill The Requirements Set Forth Below. in Accordance With The Buy Indian Act, 25 U.s.c. 47, The Indian Health Service Must Give Preference To Indian Economic Enterprises (iee), When Authorized And Practicable. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ the Albuquerque Area Indian Health Service Is Conducting A Market Research Survey To Help Determine The Availability Of The Following Service: 1.naics Code: 621340 - Offices Of Physical, Occupational And Speech Therapists, And Audiologists A. If A Different Naics Code Is Suggested, Please Include The Proposed Naics Code And Rationale. 2.description: The Request Will Be For One (1) Recreational Therapist For The New Sunrise Regional Treatment Center (nsrtc) Located In Acoma Pueblo, Nm (about One Hour West From Albuquerque, Nm And One Hour Se From Gallup, Nm), Which Is A 24-bed Residential Facility That Provides A Multi-disciplinary, Multi-model (culturally-relevant And Traditional Therapy-oriented) Program For Native American Adolescents. The Purpose Of The Request Will Be To Provide Comprehensive Recreational Activities To Native American Adolescent Clients Who Require Residential Treatment To Alleviate Disruptive Behaviors Associated With Chemical Dependency And To Establish A Lifelong-recovery Process. The Recreation Component Of Treatment Is Crucial To Continuing To Develop Or Improve A Positive Self-concept. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ responses To This Notice Should Include The Following: 1.) Company Name And Unique Entity Identifier (uei) To Confirm Company Is Registered In The System For Award Management (sam) At Https://www.sam.gov. 2.) Company’s Business Size For The Naics Code Listed Above, Including: Historically Underutilized Business (hubzone); Indian Small Business Economic Enterprise (isbee); Small Business; Service-disabled Veteran-owned Small Business (sdvosb); Small Disadvantaged Business (sdb); And/or Woman-owned Small Business (wosb). 3.) Attached Form Titled "ihs Iee Representation Form", And Check “does” Or “does Not” Meet The Definition Of An Iee. This Information Is Utilized To Collect Data. 4.) Capability Statement And/or Product Brochure And/or Any Applicable Past Performance Information That Demonstrates That The Supplies, Equipment, Or Services Can Be Provided By Your Company. please Submit All Requested Information To Shandiin Dewolfe Via E-mail: Shandiin.dewolfe@ihs.gov By January 10th, 2024 At 5:30 Pm Mst. automated Responses Or Other Responses That Do Not Provide The Requested Information Specified In This Sources Sought Notice Will Be Noted As Non-responsive And Not Considered In This Market Research.
DEFENSE LOGISTICS AGENCY USA Tender
Aerospace and Defence
United States
Closing Date4 Feb 2025
Tender AmountRefer Documents
Details: The Defense Logistics Agency Aviation (dla A) Is Issuing This Sources Sought Notice As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support This Requirement For Nsn 5342-015269009; Mount, Resilient, Weapon System. The Approved Manufacturing Sources Are Sikorsky Aircraft Corporation (cage 78286), And Skf Usa Inc (cage 80201), Under Part Number 70361-08015-102. The Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 332994. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. if Your Organization Has The Potential Capacity To Perform These Contract Services, Please Provide The Following Information: 1) Organization Name, Address, Email Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Organization; And 2) Tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To 1) Provide Services Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated; 2) Secure And Apply The Full Range Of Corporate Financial, Human Capital, And Technical Resources Required To Successfully Perform Similar Requirements; 3) Implement A Successful Project Management Plan That Includes: Compliance With Tight Program Schedules; Cost Containment; Meeting And Tracking Performance; Hiring And Retention Of Key Personnel And Risk Mitigation; And 4) Provide Services Under A Performance Based Service Acquisition Contract. if Your Company Desires To Be Reviewed And Qualified As An “approved Source” For This Item, Submit An Application Package Through The Source Approval Request (sar) Program As Outlined In The Attachment. Contact The Dla Aviation Small Business Office By Sending A Sar Drop Off Request To Email: Dlaavnsmallbus@dla.mil In The Subject Of The Email Indicate “request Sar Drop-off,” A Point Of Contact Email Address, Nsn, And A Cage Code In The Body Of The Email. based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses Or Procured Through Full And Open Competition, And Multiple Awards May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Sources Sought Notice By February 4, 2025, 3:00 Pm (eastern Standard Time). All Responses Under This Sources Sought Notice Must Be Emailed To Thuy Ho (thuy.ho@dla.mil).
INDIAN HEALTH SERVICE USA Tender
Finance And Insurance Sectors
United States
Closing Date5 Feb 2025
Tender AmountRefer Documents
Details: The Indian Health Service, Navajo Area Is Issuing This Sources-sought Synopsis As A Means Of Conducting Market Research (far 10.001) In Identifying Prospective Sources To Fill A Government Requirement For Administrative And Management Investigations. The Work Includes Review Of Administrative Case Materials, Performing Interviews Via Telephone Or In-person As Deemed Necessary, Thorough Documentation Of The Process And Results, And Providing Some Recommended Actions. The Requirement Is Recurring In Nature With Each Need For Investigations Lasting Between 15 To 30 Hours From Initial Review To Interviews, And From Documentation To Completing And Submitting The Final Report. If Procured, The Requirement May Be Set Up As A Blanket Purchase Agreement (bpa) With Each Management Case Placed As A Bpa Call Against It. the Applicable North American Industry Classification System (naics) Code Assigned To This Requirement Is 541611 Administrative Management And General Management Consulting Serviceswith A Small Business Size Standard Of $24.5m. this Is Not A Solicitation. Information Collected From This Notice Is Purely For Market Research Only And Will Be Used To Determine The Contracting Office’s Acquisition Strategy Including Competition, Set Asides, And Locating Indian-owned Economic Enterprises. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary. The Government Assumes No Financial Responsibility For Any Costs Incurred In Response To This Request For Information. in Accordance With Far 4.1102(a), Offerors And Quoters Are Required To Be Registered In System For Award Management At Sam.gov, At The Time An Offer Or Quotation Is Submitted In Order To Comply With The Annual Representations And Certifications Requirements. submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Notice By February 05, 2025 Wednesday 2:30pm Mst To William Lee, Contract Specialist, At William.lee@ihs.gov With The Subject Line “ssn – Management Inquiry Bpa.” Your Submission Must Include The Following Information, At A Minimum: company Profile That Includes: Uei, Name And Address, Primary Poc Information, Business Size And Type Of Ownership, Socio-economic Status/participation Such As 8(a), Wosb/edwosb, Sdvosb And Hubzone, Identification Of Native American Ownership (if Applicable), Sam.gov Representations And Certifications, And Other Related Documentation. a Brief Statement Of The Company’s Capability That Relates To The Described Government Requirement. Additional Demonstration Of Capability May Include Current And Past Performance History For The Same Or Similar Requirement, Established Contracts Such As Gsa Or Va Schedule, Etc. if Claiming Indian-owned Small Business Economic Enterprise (isbee) Or Indian-owned Economic Enterprise (iee), Submit Completed Ihs Iee Representation Form (attached). telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
Mindanao State University Tender
Others
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 138 K (USD 2.3 K)
Details: Description Mindanao State University Reference Nos. 205-25/01-30-2025 Fatima, General Santos City Project Name: Location: Request For Quotation __________________________ Date : February 5, 2025 __________________________ Quotation No. : Address Please Quote Your Best Proposal For Item/s Listed Below, Subject To The Terms And Conditions Duly Signed By Your Representative. Terms And Conditions: 1. Mayor's/business Permit 2. Philgeps Registration Certificate 3. Supplier/bidder Previously Submitted Documentary Requirements May Not Submit. 4. All Entries Shall Be Typed Or Written In A Clear Legible Manner 5. No Alternate Quotation/offer Is Allowed, Suppliers Who Submitted More Than One Quotation Shall Be Automatically Disqualified. 6. All Prices Offered Herein Are Valid, Binding And Effective For Thirty (30) Calendar Days Upon Issuance Of This Document. Alternate Bids Shall Be Rejected. 7. Delivery Period Within Fifteen (15) Calendar Days 8. Price Validity Shall Be For Period Of Thirty (30) Calendar Days. 9.. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 10. In Case Suppliers Pro Forma Quotation Is Submitted, Conditions Will Be Governed By The Submitted Signed Terms Of Reference/technical Specifications. 11. Partial Bid Is Allowed, Evaluation, Comparison And Contract Award Shall Be Made Per Item; Partial Bid Is Not Allowed; The Goods Are Grouped In A Single Lot, Evaluation, Comparison, And Contract Award Shall Be Made Per Lot Very Truly Yours, Randy P. Asturias, D'eng. Bac Chairman Item Qty Abc Technical Specifications Unit Price Total Amount (to Be Filled Up By The Suppliers) Unit Unit Price Total Amount 1 115 Meals And Snacks (3 Days) Pax ***nothing Follows*** For Online Accreditation Level 3 Phase 2 Survey Visit (7 Programs) - Quamso Total Abc ₱138,000.00 Total Amount See Attached Specifications/important Instructions For Items. (please Provide Complete Information Below) Delivery Period : Warranty: Price Validity : We Undertake, If Our Proposal Is Accepted, To Supply/deliver The Goods In Accordance With The Specification And/or Delivery Schedule. Unit Purchase/job Order Or A Contract Is Prepared And Executed, This Quotation/proposal Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Proposal You May Receive. After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. _______________________________ Signature Over Printed Name Of Bidder Tel. No. / Cellphone No.: __________ __________________________________ E-mail Address: Signature Over Printed Name Of Canvasser Dma
INDIAN HEALTH SERVICE USA Tender
Security and Emergency Services
United States
Closing Date15 Feb 2025
Tender AmountRefer Documents
Details: This Sources Sought Notice Is Being Posted As Outlined In Far 15.201(c)(3) And Is Intended Only As A Request For Information To Determine If An “indian Small Business Economic Enterprise (isbee) Set-aside (specific To Department Of Interior And Indian Health Service) Or A “total Small Business Set-aside” Can Fulfill The Requirements Set Forth Below. This Is Not A Solicitation And No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Notice. pursuant To 48 Cfr Part 326, Subpart 326.603-3 And Ihm 5.5-6, Indian Health Service Must Use The Negotiation Authority Of The Buy Indian Act, 25 U.s.c. 47, To Give Preference To Indian Economic Enterprises (iee), When Authorized And Practicable. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ the Albuquerque Area Indian Health Service Is Conducting A Market Research Survey, Pursuant To Far 10.001, To Identify Businesses Capable Of Performing The Services Listed Below: 1.naics Code: 238220 - Plumbing, Heating, And Air-conditioning Contractors A. If A Different Naics Code Is Suggested, Please Include The Proposed Naics Code And Rationale. 2.description: The Request Is For Fire Protection System Services To Be Provided To The Acoma-cañoncito-laguna (acl) Indian Health Center Located At 80 B Veterans Blvd, Pueblo Of Acoma, Nm 87034. The Services Will Be For Quarterly, Annual, And 5-year Inspections To Include: The Fire Sprinkler System At Acl; The Fire Sprinkler System At The Laguna Dental Center; And Inspection Of Fire Extinguishers Located Within The Government Quarters. All Services Shall Be Provided In Accordance With The National Fire Protection Association (nfpa) And The Joint Commission Requirements. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ responses To This Notice Should Include The Following: 1.) Company Name And Unique Entity Identifier (uei) To Confirm Company Is Registered In The System For Award Management (sam) At Https://www.sam.gov, In Accordance With Far 4.1102(a). 2.) Company’s Business Size For The Naics Code Listed Above, Including: Historically Underutilized Business (hubzone); Indian Small Business Economic Enterprise (isbee); Small Business; Service-disabled Veteran-owned Small Business (sdvosb); Small Disadvantaged Business (sdb); And/or Woman-owned Small Business (wosb). 3.) Attached Form Titled "ihs Iee Representation Form", And Check “does” Or “does Not” Meet The Definition Of An Iee. This Information Is Utilized To Collect Data. 4.) Capability Statement And/or Product Brochure And/or Any Applicable Past Performance Information That Demonstrates That The Supplies, Equipment, Or Services Can Be Provided By Your Company. please Submit All Requested Information To Shandiin Dewolfe Via E-mail To Shandiin.dewolfe@ihs.gov By February 14th, 2025 At 5:30 Pm Mst. automated Responses Or Other Responses That Do Not Provide The Requested Information Specified In This Sources Sought Notice Will Be Noted As Non-responsive And Not Considered In This Market Research.
DEPT OF THE NAVY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date7 Jan 2025
Tender AmountRefer Documents
Details: The Naval Facilities Engineering Systems Command (navfac) Europe, Africa, Central (eurafcent) Naples, Italy Is Preparing To Solicit An Indefinite Delivery Indefinite Quantity (idiq) Multiple-award Construction Contract (macc). The Purpose Of This Macc Is To Execute Sustainment, Restoration, And Modernization (srm) Projects, Alteration, Demolition, Repair, And New Construction Or Expansion Of Any Type Of Facilities Or Real Property Assets, Including Waterfront Or Airfields Facilities. Projects Will Be Executed Through Firm-fixed Price (ffp) Design-bid-build Or Design-build Task Orders. The Geographic Scope Of The Contract Includes The Kingdom Of Bahrain And United Arab Emirates. The Solicitation Will Be Issued Using Full And Open Competition, Utilizing The Two-phase Design-build Selection Procedures Discussed At Far Subpart 36.3, Resulting In A Single Solicitation Covering Both Phases. The Naics Code For This Procurement Is 236220 With A Small Business Size Standard Of $45 Million. The Government May Award This Contract To More Than One Contractor. The Government Will Give Fair Consideration To All Awardees In Placing Orders Based On Criteria Stated In The Solicitation. The Contract Term Will Be A Base Period Of One (1) Year Plus Four (4) One-year Option Periods. Only The Base Period Of The Contract Will Offer A Minimum Guarantee. If A Follow-on Contract Is Not Awarded At The End Of The Fourth Option Period, The Government May Require The Contractor To Continue Performance For An Additional Period Up To Six Months Under The Option To Extend The Term Of The Contract Clause. This Contract Will Replace A Contract For Similar Services Awarded On 2 September 2020 With A Shared Award Value Of $32,443,248 And Maximum Capacity Of $95,000,000. this Solicitation For The First Phase Of This Requirement Is Expected To Be Released Between The Months Of January 2025 And February 2025 With An Anticipated Award Date Of September 2025. Offerors Can View And/or Download The Solicitation, And Any Attachments, At Https://piee.eb.mil Under Piee (procurement Integrated Enterprise Environment) Solicitation Module When It Becomes Available. a Sources Sought Notice For This Procurement Was Posted To Sam.gov On 02 July 2024 With A Closing Date Of 16 July 2024. A Market Survey Was Conducted That Included An Assessment Of Relevant Qualifications And Capabilities Of Potentially Qualified Firms. As A Result Of The Market Research Analysis, A Determination Was Made To Solicit This Procurement On An Unrestricted Basis Inviting Full And Open Competition. disclaimer: This Notice Is For Information Purposes Only And Shall Not Be Construed As A Commitment By The Government To Solicit Contractual Offers Or Award Contracts. The Government Is Not Soliciting, Nor Will It Accept Proposals As A Result Of This Synopsis. If A Competitive Solicitation Is Issued In The Future, It Will Be Announced Via Sam.gov And Interested Parties Must Comply With Announcement. The Government Will Not Reimburse Respondents For Any Questions Submitted Or Information Provided As A Result Of This Notice. This Is Not A Solicitation Or A Promise To Issue A Solicitation, And This Information Is Subject To Modification And In No Way Binds The Government To Award A Contract.
5241-5250 of 6537 archived Tenders